UK-Prescot: Construction structures and materials; auxiliary products to construction (excepts electric apparatus).

UK-Prescot: Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
Section I: Contracting Authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
Tel. +44 8453082321, Email: Tenders@fusion21.co.uk
Contact: Steff Swift
Main Address: www.fusion21.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://fusion21.delta-esourcing.com/ to the address as in Annex A.III
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: An association formed by one or more bodies governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fusion21 Materials Supply and Associated Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Fusion21 is developing a framework for the full provision of construction and building materials across public sector estates. This framework is intended to primarily support Public Sector organisations with the provision of construction materials for the delivery of repairs and maintenance works to domestic properties, including external and communal areas.
This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation for the lots they wish to bid for. The framework is split into 6 lots, these include:
1) General Building Materials;
2) Electrical;
3) Plumbing and Heating;
4) Managed Service;
5) Heating;
6) Adapted and Accessible Living.
II.1.5) Estimated total value:
Value excluding VAT: 250,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: General Building Materials
Lot No: 1
II.2.2) Additional CPV codes:
44111000 - Building materials.
44100000 - Construction materials and associated items.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
44110000 - Construction materials.
44800000 - Paints, varnishes and mastics.
44140000 - Products related to construction materials.
44160000 - Pipeline, piping, pipes, casing, tubing and related items.
44170000 - Plates, sheets, strip and foil related to construction materials.
44190000 - Miscellaneous construction materials.
44200000 - Structural products.
44210000 - Structures and parts of structures.
44220000 - Builders' joinery.
44221000 - Windows, doors and related items.
44500000 - Tools, locks, keys, hinges, fasteners, chain and springs.
44530000 - Fasteners.
44420000 - Goods used in construction
44400000 - Miscellaneous fabricated products and related items.
18000000 - Clothing, footwear, luggage articles and accessories.
18100000 - Occupational clothing, special workwear and accessories.
44510000 - Tools.
24000000 - Chemical products.
24900000 - Fine and various chemical products.
24960000 - Various chemical products.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot will include the supply of general building materials for repairs and maintenance works and will include, but not be limited to the supply of Heavyside building Materials, Lightside Building Materials, Timber and Sheet Materials, Loft Insulation, Doors, Windows and Joinery, Roofing Materials, Decorating and Interior Finishes, Fixings and Adhesives, Tools, PPE and Consumables.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 75,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://fusion21.delta-esourcing.com/respond/75988P84Q6
II.2) Description Lot No. 2

II.2.1) Title: Electrical
Lot No: 2
II.2.2) Additional CPV codes:
31600000 - Electrical equipment and apparatus.
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
31650000 - Insulating fittings.
31300000 - Insulated wire and cable.
31320000 - Power distribution cables.
31620000 - Sound or visual signalling apparatus.
31680000 - Electrical supplies and accessories.
31210000 - Electrical apparatus for switching or protecting electrical circuits.
31700000 - Electronic, electromechanical and electrotechnical supplies.
31500000 - Lighting equipment and electric lamps.
31211000 - Boards and fuse boxes.
31212000 - Circuit breakers.
31213000 - Distribution equipment.
31214000 - Switchgear.
31215000 - Voltage limiters.
31216000 - Lightning arrestors.
31217000 - Surge suppressors.
31218000 - Busbars.
31219000 - Protection boxes.
31710000 - Electronic equipment.
31520000 - Lamps and light fittings.
42000000 - Industrial machinery.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
18000000 - Clothing, footwear, luggage articles and accessories.
42500000 - Cooling and ventilation equipment.
42100000 - Machinery for the production and use of mechanical power.
44400000 - Miscellaneous fabricated products and related items.
39700000 - Domestic appliances.
18100000 - Occupational clothing, special workwear and accessories.
44100000 - Construction materials and associated items.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
42160000 - Boiler installations.
44410000 - Articles for the bathroom and kitchen.
39710000 - Electrical domestic appliances.
44111000 - Building materials.
44480000 - Miscellaneous fire-protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot will include the supply of electrical products for repairs and maintenance works and will include, but not be limited to Fire Detection, Electrical Cable and Cable Accessories, Cable Management, PVC Conduit and Accessories, Steel Conduit, Switches, Sockets and Wiring Accessories, Distribution Units and Accessories, Electric Boilers, Electric Showers, Heating Controls, Domestic Fans, Fluorescent Tubes and Lamps, LED Lamps, Tubes and Fittings, Emergency Lighting, Panel Heaters, Electric Radiators, Consumables.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Plumbing and Heating
Lot No: 3
II.2.2) Additional CPV codes:
39715200 - Heating equipment.
42000000 - Industrial machinery.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
24000000 - Chemical products.
18000000 - Clothing, footwear, luggage articles and accessories.
42100000 - Machinery for the production and use of mechanical power.
44400000 - Miscellaneous fabricated products and related items.
44100000 - Construction materials and associated items.
42500000 - Cooling and ventilation equipment.
24900000 - Fine and various chemical products.
18100000 - Occupational clothing, special workwear and accessories.
42160000 - Boiler installations.
42130000 - Taps, cocks, valves and similar appliances.
44410000 - Articles for the bathroom and kitchen.
44620000 - Central-heating radiators and boilers and parts.
44110000 - Construction materials.
42520000 - Ventilation equipment.
24960000 - Various chemical products.
44111000 - Building materials.
44480000 - Miscellaneous fire-protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot will include the supply of plumbing, heating, gas and bathroom products for repairs and maintenance works and will include, but not be limited to Domestic Boilers, Domestic Flue Parts and Accessories, Heating Valves, Heating Spares, Water Treatment Chemicals and Filtration, Radiators, Heat Pumps, Heat Pump Cylinders and associated Accessories, Gas Fittings, Spares and Consumable Items, Baths and Bath Panels, Basins, Taps, Sanitary Ware, Showers, Shower Trays and Bathroom Spares.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Managed Services
Lot No: 4
II.2.2) Additional CPV codes:
63120000 - Storage and warehousing services.
63100000 - Cargo handling and storage services.
63000000 - Supporting and auxiliary transport services; travel agencies services.
44111000 - Building materials.
44100000 - Construction materials and associated items.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
44110000 - Construction materials.
44800000 - Paints, varnishes and mastics.
44140000 - Products related to construction materials.
44160000 - Pipeline, piping, pipes, casing, tubing and related items.
44170000 - Plates, sheets, strip and foil related to construction materials.
44190000 - Miscellaneous construction materials.
44200000 - Structural products.
44210000 - Structures and parts of structures.
44220000 - Builders' joinery.
44221000 - Windows, doors and related items.
44500000 - Tools, locks, keys, hinges, fasteners, chain and springs.
44530000 - Fasteners.
44420000 - Goods used in construction
44400000 - Miscellaneous fabricated products and related items.
18000000 - Clothing, footwear, luggage articles and accessories.
18100000 - Occupational clothing, special workwear and accessories.
44510000 - Tools.
24000000 - Chemical products.
24900000 - Fine and various chemical products.
24960000 - Various chemical products.
31600000 - Electrical equipment and apparatus.
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
31650000 - Insulating fittings.
31300000 - Insulated wire and cable.
31320000 - Power distribution cables.
31620000 - Sound or visual signalling apparatus.
31680000 - Electrical supplies and accessories.
31210000 - Electrical apparatus for switching or protecting electrical circuits.
31700000 - Electronic, electromechanical and electrotechnical supplies.
31500000 - Lighting equipment and electric lamps.
31211000 - Boards and fuse boxes.
31212000 - Circuit breakers.
31213000 - Distribution equipment.
31214000 - Switchgear.
31215000 - Voltage limiters.
31216000 - Lightning arrestors.
31217000 - Surge suppressors.
31218000 - Busbars.
31219000 - Protection boxes.
31710000 - Electronic equipment.
31520000 - Lamps and light fittings.
42000000 - Industrial machinery.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
42500000 - Cooling and ventilation equipment.
42100000 - Machinery for the production and use of mechanical power.
39700000 - Domestic appliances.
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery.
42160000 - Boiler installations.
44410000 - Articles for the bathroom and kitchen.
39710000 - Electrical domestic appliances.
44480000 - Miscellaneous fire-protection equipment.
39715200 - Heating equipment.
42130000 - Taps, cocks, valves and similar appliances.
44620000 - Central-heating radiators and boilers and parts.
42520000 - Ventilation equipment.
39141000 - Kitchen furniture and equipment.
39140000 - Domestic furniture.
39100000 - Furniture.
39120000 - Tables, cupboards, desk and bookcases.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot is for the supply of goods through the provision of a managed service solution and will be tailored to meet the Members individual requirements.
The main services within this lot include:
-Adapting and managing a Members existing store,
-Identification of a new site to create a dedicated managed store,
-Adapting an existing own branch to focus dedicated resources / site for Member use,
-Delivery model to Member or other specified location(s),
-Inventory management,
-Unmanned stores and drop-boxes,
-Pop-up locations and temporary storage facilities,
-Van stock management.
It is expected that the Managed Service provision will include the provision of goods across all lots within this framework.
Suppliers will provide the day-to-day management and customer service support for purchase to pay processes and customer service support during the ordering process and throughout the contract term and warranty period of the products (as relevant), support to Members completing collections and provide supporting IT services and applications to assist Members in a smooth ordering process for goods.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 75,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5

II.2.1) Title: Kitchens
Lot No: 5
II.2.2) Additional CPV codes:
39141000 - Kitchen furniture and equipment.
39140000 - Domestic furniture.
39100000 - Furniture.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
44400000 - Miscellaneous fabricated products and related items.
44100000 - Construction materials and associated items.
39120000 - Tables, cupboards, desk and bookcases.
44410000 - Articles for the bathroom and kitchen.
42130000 - Taps, cocks, valves and similar appliances.
44111000 - Building materials.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot will include the supply and delivery of kitchen products for installation in domestic kitchens and will include, but not be limited to Base Units, Corner Base Units, Wall Units, Larder Units, End Panels, Plinths, Worktops, Shelves, Doors, Sinks, Splashbacks and Kitchen Accessories. Kitchens to be supplied flat-packed or pre-assembled. Also to include optional design services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6

II.2.1) Title: Adapted and Accessible Living
Lot No: 6
II.2.2) Additional CPV codes:
44000000 - Construction structures and materials; auxiliary products to construction (excepts electric apparatus).
44100000 - Construction materials and associated items.
44400000 - Miscellaneous fabricated products and related items.
44410000 - Articles for the bathroom and kitchen.
42130000 - Taps, cocks, valves and similar appliances.
44111000 - Building materials.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The scope of this lot will include the supply and delivery of Adapted Kitchens and Associated Appliances, Adapted Bathrooms/Wet Rooms; for installation in domestic settings and will include, but not be limited to Showers, Shower Seats, Grab Rails, Hinged Arms, Shower Wastes, Shower Curtains and Curtain Rails, Low-Profile Shower Trays, Above Ground Shower Trays, Wet Room Formers, Shower Screens, Sanitary Ware, Sanitary Ware Accessories, Safety Flooring, Kitchen Base Units, Larder Units with Slide Out Baskets, Wall Units with Pull-Down Baskets, Rise and Fall Units, Kitchen Accessories, Kitchen Appliances such as: Ceramic and Induction Hobs with Touch Controls, “Slide and Hide” Electric Ovens and Ovens with Side-Opening Doors.
Also to include optional design services.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Pricing / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The viability of each tenderer will be assessed by considering the recent trends in profitability and a return on assets; long-term solvency and stability; and short-term solvency and liquidity. The procurement documents also include criteria for the following insurances: Employers Liability; Public Liability; Professional Indemnity; Product Liability;
Minimum level(s) of standards possibly required (if applicable) :
Where major financial risks are identified and a tenderer shows little sign of current financial stability or improvement, leading to concerns that the tenderer may not complete the contract because of financial difficulties will lead to a tendered being disqualified. Evidence required may include Management Accounts. Further, tenderers must also hold the relevant insurances as set out in the tender documents or commit to obtaining the necessary insurances at the commencement of a call-off contract. Evidence required may include cover notes or quotations.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
All Lots: Information Commissioners Office (ICO) Registration, and Cyber Essentials and UKAS Accreditation to BS EN ISO 9001:2015 Quality Management Systems (QMS)
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts accordance with Clause 24 of the framework agreement.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 40
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2024/S 000 - 004635
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/06/2024 Time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12

IV.2.7) Conditions for opening of tenders:
Date: 14/06/2024
Time: 10:15
Place:
Virtual/online or at Puma Court, Kings Drive, Kings Business Park, Prescot, L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The permissible users able to access this framework can be clearly identified via the following link: https://www.fusion21.co.uk/permissible-users
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Construction-structures-and-materials%3B-auxiliary-products-to-construction-%28excepts-electric-apparatus%29./75988P84Q6

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/75988P84Q6
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, N/A, N/A, N/A, N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Refer to Chapter 6 of The Public Contracts Regulations 2015.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 07/05/2024

Annex A


III) Addresses and contact points to which tenders/requests to participate must be sent:
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Kings Drive, Prescot, L34 1PJ, United Kingdom
Tel. +44 8453082321, Email: Tenders@fusion21.co.uk
Contact: Steff Swift
Main Address: www.fusion21.co.uk, Address of the buyer profile: https://fusion21.delta-esourcing.com/
NUTS Code: UK